Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
SOURCES SOUGHT

C -- ARCHITECT AND ENGINEERING SERVICES--CONSTRUCTION

Notice Date
12/6/2001
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, West, 2001 Junipero Serra Blvd. Suite 600, Daly City, CA, 94014-1976
 
ZIP Code
94014-1976
 
Solicitation Number
N62474-02-R-0003
 
Response Due
1/7/2002
 
Point of Contact
Albert Lawrence, Contracting Officer, Phone 650-244-2421, Fax 650-244-2635
 
E-Mail Address
lawrenceat@efawest.navfac.navy.mil
 
Description
INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR VARIOUS PROJECTS IN NORTHERN AND CENTRAL CALIFORNIA ? THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 254 AND SF 255 DOCUMENTS IS CONTAINED HEREIN. This solicitation is issued ?unrestricted? for an Indefinite Quantity Firm Fixed Price Contract. NAICS Code for this procurement is 54131; SIC Code for this procurement is 8712, and the annual size standard is $4,000,000.00. Architectural and Engineering services are needed. A strong full service team is required. Lead firm can be either architectural or engineering but must have strong project management experience. Special emphasis is placed on the capabilities of the structural (seismic and blast resistant design), utilities, architectural programming and planning, master plan expertise, project development and budgeting, mechanical and electrical team members in both renovation of existing facilities and new construction. Teams must have ability to complete multiple design projects within short time frames. Contract term will be for a base term with options to extend for four (4) additional performance periods. Each performance period will run 365 calendar days from date of award/exercise of option or until the maximum limit is reached, whichever occurs first. The maximum fee limit may not exceed $l,500,000 per performance period. Multiple task orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. A minimum of $25,000 is guaranteed for the initial performance period and for each option period if no work is ordered after contract/option award. Specific projects will be identified at a later date. Notice: If the selected firm prepares the statement of owner?s requirements for Design/Build procurements, the firm is prohibited from competing during the subsequent design/construction procurement state. Primary work will be in two areas: (1) assessment of existing military facilities and infrastructure to develop a comprehensive renovation plan (including a budget) which may extend a number of years and (2) the preparation of plans and specifications or statements of work requirements for design/build contracts to accomplish major repair/renovation projects in existing military-owned facilities. Similar services are required for the design phase of new construction. Facilities addressed will range from small/limited scope renovations to renovations of large complex structures such as classroom/lab facilities, administration buildings, aircraft operations support facilities or troop housing. New construction requirements may address a wide range of facilities as well. Additional services which may be required by this contract include cost estimating (both budget level and detailed) during design, feasibility studies including economic analysis, preparation of various engineering studies supporting the budget process or design phase, inspection of existing conditions with and provision of recommendations for renovation work to be accomplished to preserve assets, preparation of seismic analysis of existing structures using current DOD seismic criteria to determine the extend of retrofit necessary to significantly prolong the life of a facility, inspection to identify presence and scope of hazardous materials (primarily asbestos and lead based paint), preparation of documents defining existing conditions, preparation of topographic surveys, accomplishment of sub-surface investigations, preparation of utility studies, provision of planning services, provision of interior design services, provision of construction support services, and participation in coordination efforts with the State Historical Preservation Office. Use of SPECSINTAC software program is required for the preparation of specifications and the use of the Navy?s SUCCESS cost estimating software is also required in the delivery of services. Estimated start date for this contract is February 2002. The selection of the firm for this contract will be based on the following criteria. Numbers (1), (2) and (3) are of equal importance and the others are shown in descending order of importance. (1) Recent experience: defined as work undertaken in the past five years. The following areas of experience are emphasized, but the evaluation is not limited to these: (a) Specialized experience of the proposed team in the design of or the preparation of requirement statements for the renovation and new construction of a variety of building types (estimated construction cost in the range of $50,000 to $10,000,000). Requirement Statements are used to define the work required in soliciting design-build contracts; (b) Experience in the preparation of plans and specifications for military operational facilities (estimated construction cost in the range of $50,000 to $10,000,000); (c) Experience of the utility, mechanical and electrical team members in facility renovation work; (d) Experience in undertaking multiple task orders with similar delivery dates and delivering on condensed schedules. (2) Professional qualifications of the proposed team, including all proposed consultants, in executing the scope of this contract. Emphasis is placed on project management capabilities and key personnel assigned to contract. (3) Past performance with government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. Demonstrated long-term Government or private business relationships, repeat business on related efforts and construction support are valued. (4) Quality: The demonstrated success of the quality control program used by the firm to ensure the provision of quality products. (5) Capacity: The ability of the firm to accomplish contemplated work within a reasonable minimum time limit as demonstrated by the team?s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Of primary concern is the team?s ability to deliver work on multiple overlapping task orders. (6) Location: The location of the firm and its proposed project team in the general geographical area of the contract and the firm?s demonstrated knowledge of the contract areas as reflected in experience with selection of appropriate construction materials, knowledge of conditions affecting project costs and bidding climate. If firm has multiple offices, firm must designate office location and single point of contact where work is to be accomplished. (7) Sustainable Design: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (8) Volume of work previously awarded by DOD in the past 12 months to the firm with the objective of effecting equitable distribution of contracts among qualified architect-engineer firms including minority owned firms and firms that have not had prior DOD contracts. (9) Commitment to Small Business Concerns. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy of a SF 254 for the prime and all consultants proposed. Submit a SF 255 providing at least the following information. SUBMITTAL REQUIREMENTS FOR: FACTOR 1 AND FACTOR 2: Identify the proposed team including alternates, including cost estimator and specifications writer. Provide information in matrix format with rows listing team member names and proposed assignments. For each team member listed, provide firm name and location, location of professional registration including license number, number of years of professional experience, number of years with current firm, highest education level and area of concentration (i.e. BS mechanical engineering) and percent of time to be spent on this team (estimated). If firm has multiple offices, firm must designate office location and single point of contact where work is to be accomplished. For project managers and team leaders, provide the number of teams they have managed over the past three years. Describe scope of assignment. In a second matrix form, identify the work performed by team members that best illustrates experience relevant to this contract scope. Include only projects for which construction started during 1997 to present. Provide project title, location, team member who participated in the cited project and the nature of their responsibility, dollar value of the work for which the team member was responsible, total project cost, date of construction completion, owner?s point of contact (name, title, current phone number or e-mail address). For proposed project manager(s), provide examples of experience during 1999 to present, managing similar contract types or managing multiple delivery requirements at the same time. Provide information illustrating past experience of the team in successfully delivering projects in compliance with performance schedules and in providing timely construction contract support. Provide information illustrating past experience of the team in successfully completing multiple products with similar delivery dates (1997 to present). FACTOR 3: Provide copies of excellent performance ratings or letters of commendation received by either the prime, sub contractor or joint venture partner during the years 1997 through 2001. Include private or DOD clients. Explain the role of the recognized firm/person in the work being addressed. Owner?s points of contact provided in the response to Factors 1 and 2 may be contacted to gather information on past performance. FACTOR 4: Describe the prime contractor?s quality control program/process; who has the responsibility for implementation of the program, how the program is kept current, how the prime contractor instills a culture of quality throughout the team. Illustrate the firm?s success in implementing the program. Illustrate the team?s success in estimating the probable project cost. Of special interest are projects listed as team experience above and any projects in the geographical area of the contract scope. Discuss the process the team will employ to exercise budget control during the design phase. FACTOR 5: Information provided in the response to factor 1 (percentage of time to be devoted to this contract) will be used to evaluate this factor. In addition, provide information illustrating how the team would manage multiple delivery requirements with similar schedules for this contract. Discuss how surge workload would be handled. FACTOR 6: Provide information illustrating a working knowledge of construction in the geographic area covered by this contract. The major facilities serviced by this contract include Naval Air Station Lemoore, Naval Post-graduate School Monterey, and Travis Air Force Base. Response should also address knowledge of construction costs in the area addressed by this contract. FACTOR 7: Describe experience of the team in influencing/ encouraging the use of waste minimization techniques. Provide examples of projects where energy efficiency exceeded normal industry expectations. FACTOR 8: No submittal need be made for this factor as the government has access to a database that provides this information. FACTOR 9: Provide a list indicating your subcontracting goals for this contract to indicate your commitment to small businesses. List the names of the Small Businesses (SB), Small Disadvantaged Businesses (SDB), Women-Owned Businesses (WOSB), HUBZONE and HBCU/MI Businesses you plan to utilize, the type of work to be performed, the small business size status of the firm (i.e. SB, SDB, etc.), the dollar amount anticipated to be subcontracted to each firm, and the percentile of the subcontracted dollars attributable to each firm. The following foals are the Navy?s for your information: SF is 60% of subcontracted work, SDB is 5% of subcontracted work, WOSB is 5% of subcontracted work, HUBZone is 1.5% of subcontracted work, and HBCU/MI has no established percentage of subcontracted work. Please Note: If a large business concern is selected they will be required to submit a subcontracting plan prior to award that provides goals that meet or exceed the goals provided with the SF 255. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management and design team components, specific quality control process, a portfolio of design work, a list of present business commitments and their required completion schedules. Additional information requested of applying firms: Indicate solicitation number in block 2b; CEC (Contractor Establishment Code) and/or DUNs number (for the address listed in block 3) and the TIN number in block 3; telefax number (if any) in block 3a. Use block 10 of the SFR 255 to provide any additional information desired. SF 255?s shall not exceed 35 printed pages with a minimum font size of 10 (double sided is two pages). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the required information in the format and content specified may be negatively evaluated under selection criteria. One copy of the submittal package is to be received in this office no later than 3:00 P.M., Pacific Time on 7 January 2001. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 255?s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204.7004, all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration, offerors may call 1-888-227-2423, or via the internet at http://ccr.edi.disa.mil. Responses are to be submitted to Engineering Field Activity (EFA), West, NAVFACENGCOM, Attn: A. T. Lawrence, Code 0211AL, 2001 Junipero Serra Blvd., 6th Floor, Suite 600, Daly City, CA 94014-1976. Outside corner of mailing envelope shall be labeled as follows: A-E SERVICES, N62474-02-R-0003. THIS IS NOT A REQUEST FOR PROPOSAL. *****
 
Place of Performance
Address: VARIOUS PROJECTS IN NORTHERN AND CENTRAL CALIFORNIA
Country: USA
 
Record
SN20011206/00001387-011207191111 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.